Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2005 FBO #1277
SOLICITATION NOTICE

70 -- Scalable Enterprise AIT Tape Backup System

Notice Date
5/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
334112 — Computer Storage Device Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Administrative Support Center, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
Reference-Number-NWWX8000-5-00015CMM
 
Response Due
6/8/2005
 
Archive Date
6/23/2005
 
Description
This is a combined synopsis/solicitation for commercial items prepared and processed in accordance with the Federal Acquisition Regulations (FAR) Part 12.6 as supplemented with additional information included in this announcement. This is a Solicitation from the United States Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Hurricane Center Miami, FL to provide a Scalable Enterprise AIT Tape Backup System. This constitutes the only Request For Quote (RFQ), written quotes are being requested; and a written RFQ will not be issued. This notice is hereby issued as RFQ No. NWWX8000-5-00015CMM. This RFQ and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-03. The line item(s) will be provided in accordance with the specifications listed below. The prices shall be all inclusive of costs. The FAR clauses and provisions incorporated into this acquisition located in section B shall be: 52.211-8 Time of Delivery (Jun. 1997) Alt. I (b) (Apr. 1984) {The Government requires delivery by July 1, 2005, assuming the Government makes an award by June 17, 2005.}, 52.212-4 Contract Terms and Conditions ?V Commercial Items (Oct. 2003), 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders ?V Commercial Items (Apr. 2005) (Sections 14, 15, 16, 17, 18, 19, 20, 23, 26, and 31), 52.214-21 Descriptive Literature (Apr. 2003), 52.233-4 Breach of Contract Claim (Oct. 2004), 52.247-35 F.O.B. Destination within Consignee??s Premises (Apr. 1984). The following Commerce Acquisition Regulations (CAR) located in section C and G are incorporated into this acquisition by reference: 1352.201-70 Contracting Officer??s Authority (Mar. 2000), 1352.211-70 Statement of Work/Specifications (Mar. 2000). The FAR provisions located in Section D that are incorporated into this acquisition shall be: 52.212-1 Instructions to Offerors ?V Commercial Items (Jan. 2005), 52.212-3 Offeror Representations and Certifications ?V Commercial Items (Mar. 2005), 52.214-34 Submission of Offers in the English Language (Apr. 1991), 52.214-.5 Submission of Offers in U.S. Currency (Apr.1991). FAR clauses and provisions are available on the Internet Website http://www.acqnet.gov. The following Commerce Acquisition Regulations (CAR) are also incorporated into this acquisition by reference: 1352.215-77 Evaluation Utilizing Simplified Acquisition Procedures (Mar. 2000) (*see text below), 1352.243-70 Inspection and Acceptance (Mar. 2000) {Inspection and Acceptance will be performed at the National Hurricane Center, 11691 S.W. 17 Street, Miami, FL 33165-2149}. Full text of these CAR clauses is available upon written request by sending an email to carey.m.marlow@noaa.gov. Signed and dated offers must be submitted to the U.S. Department of Commerce, NOAA/CRAD, Attn: Carey Marlow, Room 1756, 601 East 12th Street, Kansas City, Missouri 64106. Offers must be received on or before 2:00 pm CDT, Wednesday, June 8, 2005. Offers may be faxed to 816-426-5067 Attn: Carey Marlow. In addition to price, offers must include the following: 1)a completed copy of the provisions contained in FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; 2)certification of registration in the Central Contractor Registration database; 3)a proposed delivery schedule; 4)descriptive literature; 5) Warranty Information; and 6) references for conducting past performance reviews. PRODUCT DESCRIPTION: The contractor shall provide a backup system that is flexible enough to cover most of the general architectures/operating systems as the National Hurricane Center??s computing environment is likely to change in the upcoming years. In the 1-3 year range, the enterprise backup system and accompanying backup software would need to handle the following 1) Linux ?V RedHat Enterprise 3.0/4.0; 2) HPUX 11 and greater; 3) Microsoft Widows: NT / XP. The contractor shall provide the accessory package per the minimum requirements shown herein to include all manuals, schematics, mechanical drawings for operation, and warranty information. This Enterprise Tape backup / Real-Time Archival system will be utilized by the National Hurricane Center in support of critical hurricane and marine forecast operations. At a minimum: Connectivity requirements: ?X Connection via Fibre Channel ?X Connection via Gigabit Ethernet ?X Connection via Ethernet with SCSI and iSCSI ?X NDMP protocol compliant ?X Shared Library Services: (Ability to partion to multiple applications on different architectures. (i.e., NT, UNIX, Linux, etc.) Management requirements: ?X Remote Library Controller ?V The library can be monitored, configured, and managed from a remote location with a standard web browser. No Special software or tools needed. ?X Security: 3 Groups of Users ?V Operator, Administrator, and Super user. ?X Serviceability: Customer replaceable units to avoid prolonged downtime. Scalability requirements: ?X Ability to add immediate slot capacity as needed. ?X Ability to add additional high speed drives as needed (up to 4-6 drives) ?X Ability to add 120 or more tape slots in a single frame and attach multiple frames as needed. ?X Capability to read/write older legacy tape media (LTO) Capacity/Performance requirements: ?X 800 GB capacity (compressed) per media cartridge (LTO-3). ?X Minimum of two high speed LTO-3 drives. ?X 80-160 MB / sec transfer (raw/compressed) (LTO-3). ?X 10-20 Terabyte total initial capacity (raw and compressed) ?X 40-80 Terabyte maximum capacity (raw and compressed) ?X WORM capability (write-once read many) for certified secure data (LTO-3). ?X Robotic arm or conveyor system to shuttle tapes to drive bays. ?X Redundant power supplies and controller failovers. Maintenance requirements: ?X 24x7 maintenance including on-site support for 5 years. ?X Vendor integration / installation of the system. ?X Automatic notification of pending failure conditions or general maintenance requirements. ?X Modular design to facilitate easy change out of components. ?X Hot swappable and user upgradeable components. ?X Remote/web control interface and touch screen / menu interface on the system. ?X Rack mountable architecture. Backup Software requirements: ?X Full, differential incremental and cumulative incremental backup capability. ?X Current state activity monitors. ?X Simple and intuitive GUI control interface/console ?X Compatibility with Oracle, Informix, DB2 databases. ?X Ability to suspend current backups and restart. ?X Use of NDMP protocol. ?X Ability to set multiple backup policies. NOTE: THE ABOVE ARE MIMUMUM REQUIREMENTS. BID FORMAT: Provide itemized pricing as follows: TOTAL PRICE CLIN #1 ?V Scalable Enterprise AIT Tape Backup System $___________ FOB Destination The above price includes the equipment, manuals, schematics, mechanical drawings for operation, and warranty. DELIVERY SCHEDULE: Required Delivery: July 1, 2005. (Assuming that the Government will make award by June 17, 2005.) DOC, CASC requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. *CAR 1352.215-77 Evaluation Utilizing Simplified Acquisition Procedures (March 2000) The Government will award a purchase order or delivery order resulting from this solicitation to the responsible offeror whose quotation conforming to the solicitation results in the best value to the Government price and other factors considered. The following will be used to evaluate quotations. The following factors shall be used to evaluate offers: Technical capability. Provide sufficient information, documentation and descriptive literature that demonstrates the ability to meet or exceed the Government??s minimum requirement for the specified equipment. Warranty. Delivery schedule. Ability to meet or exceed the Government??s required delivery schedule. Past Performance. Provide list of contacts including phone numbers, of firms to whom the offeror has successfully provided equipment that is the same or equal to that described herein. Price.
 
Place of Performance
Address: National Hurricane Center, 11691 SW 17 Street, Miami, FL
Zip Code: 33165
Country: USA
 
Record
SN00814264-W 20050526/050524211720 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.